Skip to content
Department of Defense

Dismantle and Remove Milling Machine

Solicitation: AMS-26-900-0006
Notice ID: a1d0d60df1e742f4a28b3401e921e240
TypeSources SoughtNAICS 238290PSCP500DepartmentDepartment of DefenseAgencyDept Of The NavyStateHIPostedFeb 10, 2026, 12:00 AM UTCDueFeb 17, 2026, 09:00 PM UTCExpired

Sources Sought from DEPT OF THE NAVY • DEPT OF DEFENSE. Place of performance: HI. Response deadline: Feb 17, 2026. Industry: NAICS 238290 • PSC P500.

Market snapshot

Awarded-market signal for NAICS 238290 (last 12 months), benchmarked to sector 23.

12-month awarded value
$1,634,381
Sector total $33,099,099,894 • Share 0.0%
Live
Median
$107,581
P10–P90
$12,454$525,191
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($1,634,381)
Deal sizing
$107,581 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for HI
Live POP
Place of performance
Jbphh, Hawaii • United States
State: HI
Contracting office
Pearl Harbor, HI • 96860-5033 USA

Point of Contact

Name
Colby Teruya
Email
colby.m.teruya.civ@us.navy.mil
Phone
Not available
Name
Lyndon Paloma
Email
lyndon.g.paloma.civ@us.navy.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE NAVY
Subagency
NAVSEA
Office
NAVSEA SHIPYARD • PEARL HARBOR NAVAL SHIPYARD IMF
Contracting Office Address
Pearl Harbor, HI
96860-5033 USA

More in NAICS 238290

Description

THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR QUOTES/PROPOSALS OR AN INVITATION TO BID.

In accordance with the Revolutionary Federal Acquisition Regulation Overhaul (RFO) 10.001, this Sources Sought Notice is for market research and information purposes only at this time and shall not be construed as a solicitation or as an obligation. This notice is to determine the availability of businesses through full and open competition to provide the required services.

Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF) is seeking information from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), Veteran-Owned Small Businesses (VOSBs), Women-Owned Small Businesses (WOSBs/EDWOSBs), and other Small Business vendors that are interested and capable to perform on-site dismantling, removal, and palletizing services for two (2) Monarch milling machines, per Draft Performance Work Statement (PWS) specifications.

The primary North American Industry Classification System (NAICS) code assigned to this procurement is 238910 – Site Preparation Contractors (Size Standard: $19M). The Product Service Code is P500 - Salvage Demolition of Structures/Facilities (Other Than Buildings).

This request for capability information does not constitute a request for proposals. Submission of any information in response to this market survey is purely voluntary. The government assumes no financial responsibility for any costs incurred.

If your organization has the capability of performing these services, please provide the following information:

  1. Organization name, address, email address, website address, telephone number, size and type of ownership for the organization, CAGE code, SAM.gov unique entity ID; and
  2. Tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability.

Interested vendors should submit a capability statement addressing:

•           Business name, address, and UEI

•           Socioeconomic status (SDVOSB, VOSB, WOSB/EDWOSB, Small Business)

•           Point of contact information

•           Relevant experience within the last five years

•           Technical capabilities and equipment

•           Ability to perform work in Hawaii

•           Bonding capacity (single and aggregate)

•           Potential subcontracting needs

•           Feedback on the feasibility of a multi-tiered (cascading) set aside

Submission Instructions: Interested parties who consider themselves qualified to perform requirements in accordance with the above and attached draft Performance Work Statement are invited to submit their capability statement electronically in PDF or Word format not exceeding 10 pages. The capability statement shall be submitted to the below POCs before 17 February 2026 at 11:00 AM HST.

Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. To be evaluated for technical merit and capability, statements must be received by the stated deadline. In determining whether to compete this requirement, the Government has sole discretion.

Responses to this Sources Sought Notice are due by 11:00 AM HST on 17 February 2025. All questions and responses regarding this Sources Sought Notice must be emailed to the primary point of contact below.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 14, 2026
Executive summary

The Department of the Navy is seeking information for the dismantling and removal of two Monarch milling machines at Pearl Harbor Naval Shipyard. This Sources Sought Notice is specifically directed towards Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), Veteran-Owned Small Businesses (VOSBs), and Women-Owned Small Businesses (WOSBs). Responses are due by February 17, 2026, at 11:00 AM HST, and submission involves providing detailed capability statements.

What the buyer is trying to do

The buyer seeks to identify qualified businesses that can perform on-site dismantling, removal, and palletizing services for two Monarch milling machines in accordance with the Draft Performance Work Statement (PWS) specifications.

Work breakdown
  • Gather capability information from interested vendors.
  • Evaluate submissions based on capability statements.
  • Select qualified businesses for potential future solicitations in dismantling and removal services.
Response package checklist
  • Organizational name, address, email, website, and telephone number.
  • CAGE code and SAM.gov unique entity ID.
  • Socioeconomic status (SDVOSB, VOSB, WOSB/EDWOSB).
  • Tailored capability statement addressing relevant experience.
  • Technical capabilities and equipment description.
Suggested keywords
Dismantling servicesMilling machine removalVeteran-owned businessesNAVSEA ShipyardCapability statement
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Clarification on specific timeline post the Sources Sought Notice.
  • Details on the Draft Performance Work Statement specifications.
  • Bonding capacity requirements are unspecified.
  • No information on the exact location for onsite work provided.
  • Lack of information on potential follow-on solicitations.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.